Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
UK
Ffôn: +44 1382834024
E-bost: yvonne.graham@dundeecity.gov.uk
NUTS: UKM7
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.taysideprocurement.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure
Cyfeirnod: TPC/WIRELESS/21/09
II.1.2) Prif god CPV
50333000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Supply, Installation, Equipment and Maintenance of Wireless WAN Infrastructure for:
Angus Council
Dundee City Council
Perth & Kinross Council
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 200 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Wireless WAN
II.2.2) Cod(au) CPV ychwanegol
32510000
II.2.3) Man cyflawni
Cod NUTS:
UKM71
UKM77
Prif safle neu fan cyflawni:
Angus area
Dundee area
Perth & Kinross area
II.2.4) Disgrifiad o’r caffaeliad
Supply, installation, equipment and maintenance of the Wireless WAN infrastructure for Angus Council, Dundee City Council and Perth & Kinross Council
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Main ITT Holding Question
/ Pwysoliad: 60
Maes prawf ansawdd: Support and Maintenance
/ Pwysoliad: 20
Maes prawf ansawdd: Competency
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 200 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Perth & Kinross Council Public Wi-Fi
II.2.2) Cod(au) CPV ychwanegol
32510000
II.2.3) Man cyflawni
Cod NUTS:
UKM77
Prif safle neu fan cyflawni:
Perth & Kinross Council area
II.2.4) Disgrifiad o’r caffaeliad
Supply, delivery, installation, support and maintain a range of mesh and point-to-point wireless WAN Equipment, backhaul connections and associated managed services used for the provision of public Wi-Fi in Perth City and outlying towns in the Perth & Kinross Council area
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Holding Question Master ITT
/ Pwysoliad: 60
Maes prawf ansawdd: Support and Maintenance
/ Pwysoliad: 20
Maes prawf ansawdd: Competency
/ Pwysoliad: 20
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 22 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
4.2.2 The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
4B.5.1/4B5.2 – Insurance -Pass/Fail
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Indemnity Insurance
Employers' Liability Insurance
Public Liability Insurance
4B.6 Economic and Financial Standing – Pass/Fail
Tenderers will be required to state the value(s) from your last 2 years audited accounts for the following financial ratio(s):
Net profit for both financial years
Current ratio equal
Positive Gearing Ratio
Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity
Unqualified audit report (if an audit is required)
Managements accounts showing your current position
Lefel(au) gofynnol y safonau sydd eu hangen:
4B.5.1/4B5.2 – Insurance -Pass/Fail
Professional Indemnity Insurance – the sum of not less than 1GBP million for any one incident
Employers' Liability Insurance - the sum of not less than 10GBP million for any one incident Public Liability Insurance - the sum of not less than 5GBP million for any one incident
4B.6 Economic and Financial Standing – Pass/Fail
Tenderers will be required to state the value(s) from your last 2 years audited accounts for the following financial ratio(s):
- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.
- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders’ funds/partners' capital accounts/owners’ equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
- Positive shareholders’ funds/positive partners’ capital accounts/positive owners’ equity (whichever is applicable to the type of business) in both of the financial years.
- Unqualified audit report (if an audit is required).
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
4C1.2 Bidders will be required to provide 2 examples of contracts carried out in the past 3 years that demonstrate that they have the relevant experience to deliver the contract as described in the Specification of Requirements.
The information you provide should cover the following areas –
- a description of the goods works or services delivered
- contract value & dates.
- previous or current customer details
4C.9 Bidders require to demonstrate that they:
- - have access to 4 x 4 vehicles, a Cherry Picker and other transport for the purpose of delivering this contract
4D.1/4D1.1/4D1.2 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
Lefel(au) gofynnol y safonau sydd eu hangen:
As above
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
06/01/2022
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
06/01/2022
Amser lleol: 13:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
September 2024 if option to extend is not exercised
September 2026 if option to extend is exercised
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19870. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The supplier shall deliver a minimum of 2 Community Benefit outcomes per annum. These are detailed within the Specification of Requirements.
(SC Ref:671029)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Dundee Sherriff Court and Justice of the Peace
8 West Bell Street
Dundee
DD1 9AD
UK
Ffôn: +44 1382229961
E-bost: dundee@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
24/11/2021